Contract notice

Information

Published

Date of dispatch of this notice: 16/03/2021

Expire date: 26/04/2021

External Reference: 2021-289153

TED Reference: 2021/S 055-138130

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Galway Mayo Institute of Technology
N/A
Dublin Road
Galway
00000
IE
Contact person: Corinna Gavin
Telephone: +353 91742117
Fax: +353 91759706
Internet address(es):
Main address: https://www.gmit.ie/

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=184932&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

GMIT Multi Operator Framework Agreement Design Team Services 2021
Reference number:  GMIT Design Team Services 2021
II.1.2)

Main CPV code

71220000  -  Architectural design services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Establishment of a number of Multi‐Party Framework Agreements for Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots as required using the Competitive Procedure with Negotiation.
II.1.5)

Estimated total value

Value excluding VAT: 7000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Lot 1: Architectural Design Services including Specialist Skills.
Lot 2: Quantity Surveying Services including Specialist Skills (MEQS)
Lot 3: Civil/Structural Engineering Services
Lot 4: M&E Services Engineering Services
Lot 5: Project Supervisor Design Process (PSDP) Services
Lot 6: Project Management
Lot 7: Architect Led Integrated Design Team
II.2)

Description

II.2.1)

Title

Lot 1 Architectural Design Services including Specialist Skills
Lot No:  1
II.2.2)

Additional CPV code(s)

71250000  -  Architectural, engineering and surveying services
71251000  -  Architectural and building-surveying services
71000000  -  Architectural, construction, engineering and inspection services
71200000  -  Architectural and related services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71222000  -  Architectural services for outdoor areas
71223000  -  Architectural services for building extensions
71240000  -  Architectural, engineering and planning services
71400000  -  Urban planning and landscape architectural services
45211360  -  Urban development construction work
71410000  -  Urban planning services
71241000  -  Feasibility study, advisory service, analysis
71313000  -  Environmental engineering consultancy services
71313100  -  Noise-control consultancy services
71313200  -  Sound insulation and room acoustics consultancy services
71313400  -  Environmental impact assessment for construction
71314000  -  Energy and related services
71314300  -  Energy-efficiency consultancy services
71315000  -  Building services
71318000  -  Advisory and consultative engineering services
71340000  -  Integrated engineering services
71420000  -  Landscape architectural services
71600000  -  Technical testing, analysis and consultancy services
71317100  -  Fire and explosion protection and control consultancy services
71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71322300  -  Bridge-design services
71351914  -  Archaeological services
II.2.3)

Place of performance

Main site or place of performance:  
Galway and Mayo
II.2.4)

Description of the procurement

Lot 1: Architectural Design Services including Specialist Skills of Fire Engineering Design Services, Landscape Architectural Design Services, Sports Pitch Design, Planning Consultancy Services, Environmental Consultancy Services, Archaeological Services and Conservation Architectural Design Services, Acoustic Consultancy Services. Description of Service:
a) The Architect will be the design team leader (unless noted otherwise at mini-competition stage or cascade stage).
b) The Architect will be required to provide all of the professional architectural services, including specialist skills of Fire Engineering Design Services, Landscape Architectural Design Services, Sports Pitch Design, Planning Consultancy Services, Environmental Consultancy Services, Archaeological Services and Conservation Architectural Design Services, Acoustic Consultancy Services, Traffic, Transportation, Bridge Consultancy as necessary to comply with the requirements of each Design Brief including all post contract supervision as necessary to ensure the satisfactory completion of the project(s).
c) Architectural Services shall also include, inter alia, the following services:
i. The preparation, submission and securing, where practicable, of all statutory approvals as may be required including: (a) Disability Access Certificates; (b) Planning Certificates; and (c) Fire Certificates. The Institute will pay all Local Authority Fees & Contributions associated with obtaining required statutory approvals, and where asking the consultant to do so will re imburse the consultant accordingly
ii. Unless otherwise nominated the Architect will provide all of the services associated with the Assigned Certifier under the Building Control (Amendment) Regulations 2014 and will provide the Design Certificate(s) associated with same.
iii. All landscaping and planting design.
iv. Preparation, assessment and recommendation of Works Contractors and tenders in conjunction with the other members of the design team and Client.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to enable the assessment of innovative solutions (by analogy with the rules contained in Directive 2014/24/EU – Article 26). The procedure involves the following four stages;
(1) a Suitability Assessment Questionnaire used to assess the financial and technical competence for parties suitable for Request for Tender stage. There will be a shortlist of maximum of 5 (five) operators to be invited to the tender stage, or the maximum number of applications received if this number is not achieved.
(2) Request for Tender (“RFT”) stage and initial evaluation. After the tender stage 3 (three) operators will be awarded membership to the framework, if available from the maximum number received from the limits set in Stage 1 above.
(3) Negotiation stage as may be necessary and appropriate. However, the Contracting Authority reserves the possibility to award the framework on the basis of initial tenders without negotiation. Should the Contracting Authority enter into formal negotiations, shortlisted tenderers will be invited to submit a Best and Final Offer.
(4) Award of framework/contract phase where a decision is taken to award a framework or not as the case may be, followed by signing of a service contract.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Establishment of a number of Multi‐Party Framework Agreements For Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots As Required To Assist In The Delivery Of Refurbishment, Renovation, Upgrades Works, New Build, Re-Adaptive And Master Planning Works, And Capital Business Case Development - Using The Competitive Procedure With Negotiation.
II.2)

Description

II.2.1)

Title

Lot 2 Quantity Surveying Services including Specialist Skills MEQS
Lot No:  2
II.2.2)

Additional CPV code(s)

71324000  -  Quantity surveying services
71322100  -  Quantity surveying services for civil engineering works
II.2.3)

Place of performance

Main site or place of performance:  
Galway and Mayo
II.2.4)

Description of the procurement

Quantity Surveying Services including Specialist Skills of Mechanical and Electrical Quantity Surveying Services (MEQS). Description of Service:
a) Quantity Surveying Services shall include all the professional services in the area of Quantity Surveying as necessary to comply with the requirements of the Tender Documentation and Design Brief, together with such post contract supervision as required to ensure the satisfactory completion of the project.
b) Quantity Surveying Services shall also include, inter alia, the following services:
i. The provision of full cost planning, value engineering and budget management Services. The Tender Pricing Document will incorporate full Bills of Quantities or Pricing Schedule associated with all M&E Services. The Quantity Surveyor will be required to exercise full responsibility for all pre and post contract cost control and final account settlement associated with all specialist works including M&E Services.
ii. Assessment of Works Contractors in conjunction with the other members of the design team.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to enable the assessment of innovative solutions (by analogy with the rules contained in Directive 2014/24/EU – Article 26). The procedure involves the following four stages;
(1) a Suitability Assessment Questionnaire used to assess the financial and technical competence for parties suitable for Request for Tender stage. There will be a shortlist of maximum of 5 (five) operators to be invited to the tender stage, or the maximum number of applications received if this number is not achieved.
(2) Request for Tender (“RFT”) stage and initial evaluation. After the tender stage 3 (three) operators will be awarded membership to the framework, if available from the maximum number received from the limits set in Stage 1 above.
(3) Negotiation stage as may be necessary and appropriate. However, the Contracting Authority reserves the possibility to award the framework on the basis of initial tenders without negotiation. Should the Contracting Authority enter into formal negotiations, shortlisted tenderers will be invited to submit a Best and Final Offer.
(4) Award of framework/contract phase where a decision is taken to award a framework or not as the case may be, followed by signing of a service contract.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Establishment of a number of Multi‐Party Framework Agreements For Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots As Required To Assist In The Delivery Of Refurbishment, Renovation, Upgrades Works, New Build, Re-Adaptive And Master Planning Works, And Capital Business Case Development - Using The Competitive Procedure With Negotiation.
II.2)

Description

II.2.1)

Title

Lot 3 Civil/Structural Engineering Services
Lot No:  3
II.2.2)

Additional CPV code(s)

71312000  -  Structural engineering consultancy services
71322000  -  Engineering design services for the construction of civil engineering works
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
II.2.3)

Place of performance

Main site or place of performance:  
Galway and Mayo
II.2.4)

Description of the procurement

Description of Service:
a) The Civil/Structural Engineer shall provide the professional services in the area of Civil/Structural engineering as necessary to comply with the requirements of the Tender Specification and Design Brief, together with such post contract supervision as required to ensure satisfactory completion of the project.
b) Structural Engineering Services shall also include, inter alia, the following services:
i. The procurement assistance, supervision, reporting and dissemination of site investigations, structural/dimensional surveys and the like as necessary for the design and construction of the proposed works. The Institute will pay the costs of associated specialist contractors/surveys and related exploratory/intrusive investigations and opening up as required.
ii. Such additional engineering presence on site during critical structural activities and stages as necessary to ensure full compliance with the works requirements, specifications and quality standards.
iii. Assessment of Works Contractors in conjunction with the other members of the design team.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to enable the assessment of innovative solutions (by analogy with the rules contained in Directive 2014/24/EU – Article 26). The procedure involves the following four stages;
(1) a Suitability Assessment Questionnaire used to assess the financial and technical competence for parties suitable for Request for Tender stage. There will be a shortlist of maximum of 5 (five) operators to be invited to the tender stage, or the maximum number of applications received if this number is not achieved.
(2) Request for Tender (“RFT”) stage and initial evaluation. After the tender stage 3 (three) operators will be awarded membership to the framework, if available from the maximum number received from the limits set in Stage 1 above.
(3) Negotiation stage as may be necessary and appropriate. However, the Contracting Authority reserves the possibility to award the framework on the basis of initial tenders without negotiation. Should the Contracting Authority enter into formal negotiations, shortlisted tenderers will be invited to submit a Best and Final Offer.
(4) Award of framework/contract phase where a decision is taken to award a framework or not as the case may be, followed by signing of a service contract.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Establishment of a number of Multi‐Party Framework Agreements For Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots as required to assist in the delivery of Refurbishment, Renovation, Upgrades Works, New Build, Re-Adaptive And Master Planning Works, And Capital Business Case Development - Using The Competitive Procedure With Negotiation.
II.2)

Description

II.2.1)

Title

Lot 4 M&E Services Engineering Services
Lot No:  4
II.2.2)

Additional CPV code(s)

71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
II.2.3)

Place of performance

Main site or place of performance:  
Galway and Mayo
II.2.4)

Description of the procurement

Description of Service:
a) The M&E Engineer shall provide the professional services in the area of Mechanical and Electrical engineering as necessary to comply with the requirements of the Tender Specification and Design Brief, together with such post contract supervision as required to ensure satisfactory completion of the project.
b) M&E Services shall also include, inter alia, the following services:
i. Undertaking as part of the combined Stage 1 and 2a, of a comprehensive survey of all existing mechanical, electrical, and associated services and plant in their entirety to include all underground services associated with the proposed works. Surveys shall establish the condition of all existing plant and distribution, capacity to service refurbished areas, potential for energy savings, services rationalisation and the scope of required remedial works. Existing services drawings and safety files will be made available to assist with this survey but cannot be relied upon in terms of their accuracy or completeness.
ii. Prepare LEED/BREEAM or similar assessments as appropriate and required.
iii. Assist with undertaking appraisals in connection with maximising energy reduction and sustainability requirements.
iv. Prepare and make application for a Building Energy Rating (BER) Certificates as required.
v. Assist the Quantity Surveyor with advice on the budgeting and associated cost implications of M&E services during all project stages.
vi. Assessment of Works Contractors in conjunction with the other members of the design team.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to enable the assessment of innovative solutions (by analogy with the rules contained in Directive 2014/24/EU – Article 26). The procedure involves the following four stages;
(1) a Suitability Assessment Questionnaire used to assess the financial and technical competence for parties suitable for Request for Tender stage. There will be a shortlist of maximum of 5 (five) operators to be invited to the tender stage, or the maximum number of applications received if this number is not achieved.
(2) Request for Tender (“RFT”) stage and initial evaluation. After the tender stage 3 (three) operators will be awarded membership to the framework, if available from the maximum number received from the limits set in Stage 1 above.
(3) Negotiation stage as may be necessary and appropriate. However, the Contracting Authority reserves the possibility to award the framework on the basis of initial tenders without negotiation. Should the Contracting Authority enter into formal negotiations, shortlisted tenderers will be invited to submit a Best and Final Offer.
(4) Award of framework/contract phase where a decision is taken to award a framework or not as the case may be, followed by signing of a service contract.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Establishment of a number of Multi‐Party Framework Agreements For Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots As Required To Assist In The Delivery Of Refurbishment, Renovation, Upgrades Works, New Build, Re-Adaptive And Master Planning Works, And Capital Business Case Development - Using The Competitive Procedure With Negotiation.
II.2)

Description

II.2.1)

Title

Lot 5 Project Supervisor Design Process (PSDP) Services
Lot No:  5
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
II.2.3)

Place of performance

Main site or place of performance:  
Galway and Mayo
II.2.4)

Description of the procurement

a) The PSDP shall perform all the duties of PSDP under the Health and Welfare at Work (Construction) Regulations 2013 (S.I. No. 291 of 2013) and any subsequent amendment thereto (the Construction Regulations) for the project comprising the works. Tenders shall include for performing all such duties associated with undertaking the role of PSDP.
b) PSDP Services shall also include, inter alia, the following services:
i. The PSDP will have responsibility for coordinating copying and circulating existing Safety Files including as built drawings, specifications and the like to the remainder of the design team for the purposes of progressing the design. The Institute will reimburse the PSDP for the cost of copying any hard copy files where electronic copies do not exist. The PSDP shall ensure that all information in relation to the Works is fully assimilated into each existing Safety File for individual Buildings impacted by the works.
ii. Assessment of the overall completeness of the updated Safety Files in conjunction with the remainder of the design team and coordinating issue of same with the PSCS to the Institute.
ii. Assessment of Works Contractors in conjunction with other members of the design team and Estates Office with reference to competency to act as Project Supervisor Construction Stage.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to enable the assessment of innovative solutions (by analogy with the rules contained in Directive 2014/24/EU – Article 26). The procedure involves the following four stages;
(1) a Suitability Assessment Questionnaire used to assess the financial and technical competence for parties suitable for Request for Tender stage. There will be a shortlist of maximum of 5 (five) operators to be invited to the tender stage, or the maximum number of applications received if this number is not achieved.
(2) Request for Tender (“RFT”) stage and initial evaluation. After the tender stage 3 (three) operators will be awarded membership to the framework, if available from the maximum number received from the limits set in Stage 1 above.
(3) Negotiation stage as may be necessary and appropriate. However, the Contracting Authority reserves the possibility to award the framework on the basis of initial tenders without negotiation. Should the Contracting Authority enter into formal negotiations, shortlisted tenderers will be invited to submit a Best and Final Offer.
(4) Award of framework/contract phase where a decision is taken to award a framework or not as the case may be, followed by signing of a service contract.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Establishment of a number of Multi‐Party Framework Agreements For Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots As Required To Assist In The Delivery Of Refurbishment, Renovation, Upgrades Works, New Build, Re-Adaptive And Master Planning Works, And Capital Business Case Development - Using The Competitive Procedure With Negotiation.
II.2)

Description

II.2.1)

Title

Lot 6 Project Management
Lot No:  6
II.2.2)

Additional CPV code(s)

71248000  -  Supervision of project and documentation
71541000  -  Construction project management services
79421000  -  Project-management services other than for construction work
79421100  -  Project-supervision services other than for construction work
II.2.3)

Place of performance

Main site or place of performance:  
Galway and Mayo
II.2.4)

Description of the procurement

a) Responsible for the coordination, overseeing and ensuring the delivery of each element of the overall project in accordance with the requirements of the Framework Client, including in relation to time, cost and performance.
I. Advise on compliance of a project with the prevailing guidance under the Public Spending Code and/or Departmental guidelines.
II. Oversee the use of the employer-designed procurement route for the delivery and structure of the procurement process to be pursued.
III. Through all stages report to the Framework Client on the status of the project and obtain decisions required and inform the Framework Client of the consequences of delays in making decision.
IV. Initiate action in the event that any aspect of the project appears to be likely to fail to achieve the objectives of the Framework Client, public obligations, budget and programme. Agree suitable corrective action and monitor its implementation.
V. Overall management of the Defects liability stage in conjunction with the Design Team Leader in consultation with Client
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to enable the assessment of innovative solutions (by analogy with the rules contained in Directive 2014/24/EU – Article 26). The procedure involves the following four stages;
(1) a Suitability Assessment Questionnaire used to assess the financial and technical competence for parties suitable for Request for Tender stage. There will be a shortlist of maximum of 5 (five) operators to be invited to the tender stage, or the maximum number of applications received if this number is not achieved.
(2) Request for Tender (“RFT”) stage and initial evaluation. After the tender stage 3 (three) operators will be awarded membership to the framework, if available from the maximum number received from the limits set in Stage 1 above.
(3) Negotiation stage as may be necessary and appropriate. However, the Contracting Authority reserves the possibility to award the framework on the basis of initial tenders without negotiation. Should the Contracting Authority enter into formal negotiations, shortlisted tenderers will be invited to submit a Best and Final Offer.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Establishment of a number of Multi‐Party Framework Agreements For Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots As Required To Assist In The Delivery Of Refurbishment, Renovation, Upgrades Works, New Build, Re-Adaptive And Master Planning Works, And Capital Business Case Development - Using The Competitive Procedure With Negotiation.
II.2)

Description

II.2.1)

Title

Lot 7 Architect Led Integrated Design Team
Lot No:  7
II.2.2)

Additional CPV code(s)

71000000  -  Architectural, construction, engineering and inspection services
71200000  -  Architectural and related services
71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311200  -  Transport systems consultancy services
71311300  -  Infrastructure works consultancy services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71313100  -  Noise-control consultancy services
71313200  -  Sound insulation and room acoustics consultancy services
71313400  -  Environmental impact assessment for construction
71314000  -  Energy and related services
71314300  -  Energy-efficiency consultancy services
71315000  -  Building services
71317000  -  Hazard protection and control consultancy services
71317100  -  Fire and explosion protection and control consultancy services
71317200  -  Health and safety services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71322000  -  Engineering design services for the construction of civil engineering works
71324000  -  Quantity surveying services
71326000  -  Ancillary building services
71327000  -  Load-bearing structure design services
71332000  -  Geotechnical engineering services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71335000  -  Engineering studies
71336000  -  Engineering support services
71340000  -  Integrated engineering services
71351000  -  Geological, geophysical and other scientific prospecting services
71351200  -  Geological and geophysical consultancy services
71351210  -  Geophysical consultancy services
71351220  -  Geological consultancy services
71351500  -  Ground investigation services
71351810  -  Topographical services
71351811  -  Topographical surveys of archaeological sites
71400000  -  Urban planning and landscape architectural services
71420000  -  Landscape architectural services
71510000  -  Site-investigation services
71520000  -  Construction supervision services
71530000  -  Construction consultancy services
71600000  -  Technical testing, analysis and consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Galway and Mayo
II.2.4)

Description of the procurement

Architect Led Integrated Design Team including Civil and Structural Engineering Services, Quantity Surveying Services, M&E Engineering Services, PSDP, Project Management Services.a) The Architect will be the design team leader (unless noted otherwise at mini-competition stage or cascade stage).
b) The Architect will be required to provide all of the professional architectural services, including specialist skills of Quantity Surveying Services, Mechanical and Electrical Quantity Surveying Services (MEQS), Civil/Structural Engineering Services, M&E Services Engineering Services, Project Supervisor Design Process (PSDP) Services and Project Management as necessary to comply with the requirements of each Design Brief including all post contract supervision as necessary to ensure the satisfactory completion of the project(s).
c) Architectural Services shall also include, inter alia, the following services:
ii. The preparation, submission and securing, where practicable, of all statutory approvals as may be required including: (a) Disability Access Certificates; (b) Planning Certificates; and (c) Fire Certificates. The Institute will pay all Local Authority Fees & Contributions associated with obtaining required statutory approvals, and where asking the consultant to do so will re imburse the consultant accordingly
ii. Unless otherwise nominated the Architect will provide all of the services associated with the Assigned Certifier under the Building Control (Amendment) Regulations 2014 and will provide the Design Certificate(s) associated with same.
iii. All landscaping and planting design.
iv. Preparation, assessment and recommendation of Works Contractors and tenders in conjunction with the other members of the design team and Client.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to enable the assessment of innovative solutions (by analogy with the rules contained in Directive 2014/24/EU – Article 26). The procedure involves the following four stages;
(1) a Suitability Assessment Questionnaire used to assess the financial and technical competence for parties suitable for Request for Tender stage. There will be a shortlist of maximum of 5 (five) operators to be invited to the tender stage, or the maximum number of applications received if this number is not achieved.
(2) Request for Tender (“RFT”) stage and initial evaluation. After the tender stage 3 (three) operators will be awarded membership to the framework, if available from the maximum number received from the limits set in Stage 1 above.
(3) Negotiation stage as may be necessary and appropriate. However, the Contracting Authority reserves the possibility to award the framework on the basis of initial tenders without negotiation. Should the Contracting Authority enter into formal negotiations, shortlisted tenderers will be invited to submit a Best and Final Offer.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Establishment of a number of Multi‐Party Framework Agreements For Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots As Required To Assist In The Delivery Of Refurbishment, Renovation, Upgrades Works, New Build, Re-Adaptive And Master Planning Works, And Capital Business Case Development - Using The Competitive Procedure With Negotiation.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  3
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  19/04/2021
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 31/05/2021
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Please refer to Project Information Memorandum for further details.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts
Dublin
IE
Telephone: +353 18886000
Internet address: www.courts.ie